SOLICITATION NOTICE
99 -- Littoral Combat Ship (LCS) Mission Package Computers, Software, and Trainer (MPCST) Production and Support Services
- Notice Date
- 3/29/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-18-R-6311
- Archive Date
- 4/28/2018
- Point of Contact
- Ann Thompson, Phone: 2027810844, Kevin Seger, Phone: 2027810894
- E-Mail Address
-
ann.e.thompson1@navy.mil, kevin.seger@navy.mil
(ann.e.thompson1@navy.mil, kevin.seger@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Government intends to award a sole source contract in order to provide necessary, ongoing support and hardware procurement of software and computing solutions for the LCS Mission Packages (MPs) on behalf of Program Executive Office (PEO) LCS. This contract will be with Advanced Acoustic Concepts (AAC), 425 Oser Ave, Hauppauge, New York 11788-3676. This contract will procure the equipment and services necessary to continually develop, produce, install, modernize, and sustain the hardware and software that comprise the Mission Package Computing Environment (MPCE), Mission Package Operating Environment (MPOE), Mission Package Services (MPS), Common Mission Package Trainer (CMPT), and Mission Package Portable Control Station (MPPCS). Together, these systems are known as the MPCST and provide the computing solutions and seaframe integration of the different MPs utilized by the LCS: Surface Warfare (SUW), Mine Countermeasures (MCM), and Anti-Submarine Warfare (ASW). AAC developed and is the producer of the MPCST software and hardware configurations, which utilize commercial computing equipment. These products were developed under a Small Business Innovation Research (SBIR) contract, resulting in AAC possessing the restrictive data rights that are attached to products developed under such contracts. Because of these restrictions, AAC is the only responsible source capable of fulfilling the Navy's requirements for LCS MPCST hardware and software production and services. Award to another source would require substantial duplication of effort to develop new software, and would result in unacceptable delays that could impact the availability of LCS seaframes for deployment, testing, and ongoing training requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested parties may respond to this synopsis with a letter of capability and interest. This notice of intent is not a request for competitive proposals. However, all capability statements received within fifteen (15) days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Companies interested in subcontracting opportunities should contact AAC directly.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-6311/listing.html)
- Place of Performance
- Address: Advanced Acoustic Concepts, LLC, 425 Oser Ave., Hauppauge, New York, 11788-3676, United States
- Zip Code: 11788-3676
- Zip Code: 11788-3676
- Record
- SN04872361-W 20180331/180329231918-419c9dcf542c5b71c3fdbebfc36c5d50 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |